Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

41 -- Purchase of Computer/Control room HVAC units.

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Reclamation, Bureau of Reclamation, BOR/YAO Vernica Rodriguez 928-343-8266 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
09SQ340069
 
Response Due
3/11/2009
 
Archive Date
2/27/2010
 
Point of Contact
Veronica Rodriguez Stu. Trainee-Purchasing Agent 9283438266 vrodriguez@lc.usbr.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This procurement is 100% set aside for small business concerns. Large businesses are encouraged to submit quotes in the event that responsive small business quotes are not received. The associated North American Industrial Code System code for this solicitation is 238220 and the Small Business Size Standard is $14.0 million. Quotations shall include, proposed delivery in days, pricing for items with shipping included in unit price, and the company's DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Contractor shall furnish and install and remove two (2) complete Data Aire brand Heating, Ventilation, and Air Conditioning (HVAC) units. The installation of the new units will be exact replacements to existing HVAC units for the computer/control room at the Bureau of Reclamation, Yuma Area Office, Yuma Desalting Plant, Yuma, Arizona per the following: Qty: 2 ea.- Data Aire brand, Water Cooled Down Flow units, model no. DAWD-1034, 10 ton, 3PH, 460V, complete with; Qty: 2 ea.- Fluid cooler, model no. DAFC-11734, 3PH, 460V. Brand Name Justification: These units are exact replacements to the existing units. The replacement units are to be installed in the computer/control room. By replacing the units with the same brand and model, it will eliminate costly down time and cut outs. The computer/control room needs to have the adequate ventilation in order for the IT equipment to work properly. If the existing units were to be replaced by another brand and model, the ductwork would not be compatible and the duct work would have to be replaced causing extensive down time and possible harm to the IT equipment. Contractor shall install the new units and dispose of the existing units in accordance with all acceptable codes and regulations as required. Contractor shall make all necessary electrical, drain and water connections to make the system completely operational. Contractor shall make necessary arrangements with the Yuma Area Office (YAO) maintenance staff to install the units to not cause any down time or harm to existing equipment, i.e., all IT and SCADA control systems. Contractor shall take all necessary precautions to assure the fire protection system is not activated if soldering/welding is required. If contractor damages any such equipment, repairs or replacement shall be made immediately to prevent any work delays for YAO. Contractor shall supply three sets of O&M manuals. Contractor shall provide a hands-on training session for YAO O&M staff not to be less than 2 hrs. FOB Destination shall be to the Bureau of Reclamation, Yuma Area Office, Warehouse, 7301 Calle Agua Salada, Yuma, AZ 85364. All items shall be delivered as soon as possible, not later than 45 days after award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to the Bureau of Reclamation Warehouse, Yuma, AZ. Shipments are only allowed during normal business hours of Monday thru Friday 7:30 AM to 3:30 PM. No shipments shall be made on Federal Holidays. Vendors are reminded that effective October 1, 2003, prospective vendors must be registered in the Central Contractor Registration (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS Number and CAGE Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the solicitation. The Government will award a purchase order based on the following evaluation criteria:1.Technical2.Past performance3.PriceTechnical and past performances are more important than price. Offeror can meet the technical criteria by providing a quote with the brand and model of HVAC units as specified in this solicitation. In addition, offerors shall provide references from previous customers for similar work on furnishing and installing HVAC units. These references should include a narrative summary in sufficient detail that describes the work performed. Include customer name, point of contact and telephone number, purchase order amount and the start and end dates of the job. The Government may also use past performance information obtained from other than the sources identified by the offeror. Offerors shall include a completed copy of the FAR provision at 52.212-03, Offeror Representations and Certifications - Commercial Items, with its offer, or be registered at www. ORCA.bpn.gov. After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Offerors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. The RFQ number is 09SQ340062. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-30. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://www.arnet.gov/far The following clauses will apply: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2008) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2008), the referenced clauses: (1) 52.219-6 Notice of Total Small Business Set-Aside (June 2003), (2) 52.222-3 Convict Labor (June 2003), (3) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity (Mar 2007), (6) 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), (7) 52.222-50 Combating Trafficking in Persons (Aug 2007), (8) 52.223-12 Refrigeration Equipment and Air Conditioners (May 1995), (9) 52.225-1 Buy American Act - Supplies (June 2003), (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (11) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). The following Provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (June 2008), 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2008) (Offeror shall include a completed copy of this provision with its offer or be registered at www.ORCA.bpn.gov). Other applicable provisions: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. At a minimum, responsible sources shall provide the following: a price quote on letterhead for each of the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, DUNS Number, and CAGE Code. Any questions with regard to this requirement shall be addressed to the Purchasing Agent identified elsewhere on the solicitation/award document. This announcement will close at 4:00 PM, local time, on March 11, 2009. Oral communications are not acceptable in response to this notice. Point of contact is Ms. Veronica Rodriguez, Purchasing Agent who can be reached at 928-343-8266. Offerors shall submit their quotes either via facsimile, 928-343-8568, or email to vrodriguez@lc.usbr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=97964e1e7d748cb31398a3321e151921&tab=core&_cview=1)
 
Place of Performance
Address: Yuma, AZ 85365<br />
Zip Code: 85364<br />
 
Record
SN01759097-W 20090301/090227220912-97964e1e7d748cb31398a3321e151921 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.